Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2025 SAM #8493
SOURCES SOUGHT

10 -- Nonstandard Weapons (NSW), Silencers/Suppressors, Spare or Repair Parts, Tools, Accessories, Optics, Gages and Manuals.

Notice Date
2/25/2025 6:11:05 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN25X1488
 
Response Due
3/13/2025 1:00:00 PM
 
Archive Date
03/28/2025
 
Point of Contact
Joseph Ogaja, Laura Burgos-Magidson
 
E-Mail Address
joseph.a.ogaja.civ@army.mil, laura.e.burgos-magidson.civ@army.mil
(joseph.a.ogaja.civ@army.mil, laura.e.burgos-magidson.civ@army.mil)
 
Description
Description The Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Program Manager for Soldier Lethality (PM-SL) is performing market research and seeking potential sources to procure a wide variety of Nonstandard Weapons (NSW) to support Department of the Army (DA), Foreign Military Sales (FMS), and Other Government Agency (OGA) requirements. NSW are defined as weapons other than those that are type classified as standard and includes obsolete weapons that were previously type classified standard. This may include, but is not limited to, United States (US) designed/manufactured and Original Equipment Manufacturer (OEM) sourced, foreign designed/manufactured and OEM sourced, and secondary market sourced obsolete or otherwise out of production hardware. The requirement is primarily for new condition small arms weapons but may also include other conditions (e.g., factory refurbished, functional surplus, remanufactured, etc.). This requirement does not include ammunition or energetics. The Government is seeking vendors to support the acquisition of weapons, silencers/suppressors, spare or repair parts, tools, accessories, optics, gages, and manuals for various NSW as defined on a case-by-case basis. Vendors must possess the capability and documentable experience to fabricate, locate, procure, or otherwise provide these items and deliver them to multiple locations both within the continental United States (CONUS) as well as outside the continental United States (OCONUS), including theaters of conflict. Interested respondents should provide the following: A brief summary documenting their ability to meet the scope of the requirement as described above; including information on what weapon systems have been previously provided, approximate quantities delivered for roughly how many deliveries, and details on locations of deliveries and customers (UNCLASSIFIED responses only). Identification of licenses and registrations held to legally and effectively conduct business to accomplish the requirement. Experience with the import/export of weapon systems between different OCONUS locations, import of weapons into the US, as well as information on various transportation methods utilized. Describing familiarity with necessary documentation (e.g., End User Certificate [EUC], Bureau of Alcohol, Tobacco, and Firearms and Explosives [ATF] documents) required for import/export and transfer of materiel and estimated timeframes to obtain required paperwork is also encouraged. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM). This registration can be accomplished at the following website: https://sam.gov/. All responding sources must email their response submissions no later than 4:00 PM EST on 13 March 2025 to Joseph Ogaja, Contract Specialist, joseph.a.ogaja.civ@army.mil AND Laura Burgos-Magidson, Contracting Officer, laura.e.burgos-magidson.civ@army.mil. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ALL INFORMATION IS TO BE SUBMITTED AT NO COST OR OBLIGATION TO THE GOVERNMENT. THE GOVERNMNET IS NOT OBLIGATED TO NOTIFY RESPONDENTS OF THE RESULTS OF THIS NOTICE. NO RESPONSES WILL BE PROVIDED TO QUESTIONS REGARDING A SOLICITATION.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e2027916a5b463cad61cfbabd2fdb04/view)
 
Record
SN07353432-F 20250227/250225230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.